SOLICITATION NOTICE
99 -- Recover and Recycle Radioactive Tritium from Government Furnished Property
- Notice Date
- 6/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA860108T0046
- Archive Date
- 7/2/2008
- Point of Contact
- William G. Callaway, Phone: (937) 522-4539
- E-Mail Address
-
william.callaway2@wpafb.af.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- 1. Public Notice of Intent: This Public Notice (synopsis) seeks to improve competition among capable sources by advertising Government Requirements in accordance with FAR Subpart 12.6- Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The synopsis is largely published for informational purposes and records The Service Contract Act of 1965 applies to this combined Synopsis F4F0AH8144A002/Solicitation FA8601-08-T-0046. The Government anticipates fixed price negotiations with a single suggested source for less than the simplified acquisition threshold of $100K. The Government intends to acquire hazardous (radioactive) waste recovery/recycling of radioactive tritium from nine different Original Equipment Manufacturer aircraft emergency exit signs (Government Furnished Property, GFP items) for 120 days. The suggested source is incumbent The Whitestone Group, 773 Windmiller Drive, Pickerington OH 43147-7807. The applicable U. S. Department of Labor Codes are NAICS 562211/SIC Code 4953 with size standard of $11.5M. Large and small business firms may respond to this synopsis of Government requirements in draft Performance Work Statement (PWS). To be technically capable of meeting Government requirements in the draft PWS all sources shall have evidence of active Department of Energy and/or state licenses. Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) (1), DFARS Part 213 and FAR 6.302-1(a) (2). A determination by the Government not to compete this proposed award, based upon responses to this notice, is solely within the discretion of the Government. Information electronically submitted in accordance with below instructions will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government shall not pay companies for any budgetary price estimates and technical responses submitted about this Government Request For Information. 2. Instructions for submitting Electronic Information: This notice of intent is not a request for competitive quotations; however, the Government will consider all budgetary unit price estimates electronically received about this Public Notice. Each response shall identify the company DUNS code, CAGE code and Federal Tax ID code. Email responses shall not be sent as an executable file (.exe) or as a zip file (.zip) because information technology security systems of WPAFB computers do not allow receipt of such files. Source shall offer fixed unit prices for all services being solicited, and the Government reserves the right to awards without discussion. Any responsible firm may submit a quote budgetary unit prices that remain effective for at least 30 calendar days after date of submitted response. Evaluation criteria are to award based on the lowest priced technically capable source based on fixed unit prices for Section II of draft PWS. To be considered a capable source each response should provide evidence of having adequate technical capabilities by electronically submitting a technical proposal to demonstrate the following: an existing program capability to recover, recycle and dispose of tritium and associated exit sign materials from items of Original Equipment Manufacturer (OEM) that are 9 GFP line items described in Draft PWS, and acceptable, current evidence attesting to the possession of a valid (active) USNRC Agreement State license, required by the PWS. All responses are due not later than 7 days after this synopsis is posted (advertised) on FedBizOps. Send all responses addressed to: william.callaway2@wpafb.af.mil. 88th CONS/PKPB, 1940 Allbrook Drive Room 109, WPAFB, OH 45433-5309. Reach Mr. Callaway at phone (937)522-4539 and FAX 937-656-1412. Draft PERFORMANCE WORK STATEMENT RECOVER AND RECYCLE RADIOACTIVE TRITIUM FROM GOVERNMENT FURNISHED PROPERTY (EXIT SIGNS FROM NINE ORIGINAL EQUIPMENT MANUFACTURERS) WRIGHT-PATTERSON AFB, OH, 30 MAY 2008 I. DESCRIPTION OF SERVICES 1.0 Scope - The contractor shall furnish all non-personal services and incidental supplies necessary to recover and recycle (R&R) radioactive Tritium from Government Furnished Property (GFP). All GFP line items are exit sign models from nine different Original Equipment Manufacturers identified in Section II. 1.1 Program Management Shipment Forms - Before all GFP shipments, the Radiation Safety Office (RSO) of the Environmental Management Division, Operations Branch at WPAFB (WPAFB RSO) will electronically notify the contractor via any contractor generated form. The WPAFB RSO typically will electronically provide the contractor an RSO inventory of GFP to R&R when electronic pre-shipment contractor forms are not required. 1.2. Regulatory - Before award the contractor will electronically provide a valid United States Nuclear Regulatory Commission (U.S. NRC) or current Agreement State license to WPAFB RSO in order to meet minimum Government requirements and be eligible for award. 1.3 Shipments - The WPAFB RSO will accumulate and transport Tritium contained within the exit signs (GFP) to the contractor by way of commercial and/or government carriers. The contractor shall not be held liable for any incidents involving GFP in Government possession and in transit GFP shipments. 1.4 Recordkeeping - All contractor provided services shall comply with mandatory U.S. NRC recordkeeping and Section III QUALITY ASSURANCE AND GOVERNMENT ACCEPTOR INSTRUCTIONS. All GFP receipt records and billing notices (invoices) shall not contain the words "Received for Disposal" and any similar phrase. 1.5 Disposal and Defacing - Items that cannot be recovered and recycled shall remain the sole responsibility of the contractor to store at their facility and dispose of in a U.S. NRC or Agreement State licensed disposal site. All applicable radioactive warning labels and government markings, stamps, etchings and GFP serial numbers shall be defaced and removed prior to unrestricted release. II. WORKLOAD FOR PERFORMANCE PERIOD 2.0 Workload - The performance period ends not later than 120 days after award date or 30 days after the contractor electronically confirms final receipt and acceptance of GFP shipments whichever occurs earlier. The contractor shall R&R Tritium from the Original Equipment Manufacturer (OEM) line items of the following definite quantities of aircraft emergency exit signs (GFP). OEM Line Item (GFP) Exit Sign OEM (GFP) Quantity GFP Activity (Ci) Unit Price Firm Fixed Price 001 SRB Technologies 189 1872.6 $ $ 002 Brandhurst 5 33.6 $ $ 003 Safety Light 268 1258.8 $ $ 004 NRD 64 519.0 $ $ 005 Shield Source 19 70.2 $ $ 006 Self Powered Light 21 265.8 $ $ 007 Foreverlite 74 598.6 $ $ 008 Omniglo 13 112.6 $ $ 009 Everglo 102 802.8 $ $ TOTAL PWS Quantities 755 5534.1 ----- $ III. QUALITY ASSURANCE AND GOVERNMENT ACCEPTOR INSTRUCTIONS 3.0 Authorized Government Approvals - To expedite authorized quality assurance and Government Acceptor approvals the contractor shall comply with all terms and conditions in the 88 CONS G-001 Clause and accurately submit the Wide Area Work Flow electronic form entitled "Combo Receiving Report and Invoice". Each person listed below is authorized to accomplish quality assurance, government inspection, and acceptance by way of this "Combo Receiving Report and Invoice Form" when the Primary Quality Assurance Inspector and Government Acceptor, Christopher L. Anthony, is unavailable for customer assistance. Christopher L. Anthony Primary Quality Assurance Personnel (Inspector) and Government Acceptor 88 ABW/CEVO 5490 Pearson Road Wright-Patterson AFB, OH 45433-5332 Phone (937) 257-5865 Mark L. Mays Alternate Quality Assurance Personnel (Inspector) and Government Acceptor 88 ABW/CEVO 5490 Pearson Road Wright-Patterson AFB, OH 45433-5332 Phone (937) 257-2121 Benton M. Wilmoth Alternate Quality Assurance Personnel (Inspector) and Government Acceptor 88 ABW/CEVO 5490 Pearson Road Wright-Patterson AFB, OH 45433-5332 Phone (937) 257-5713 3.1 Normal Duty Hours. Normal duty hours are defined as 0730 to 1630, Monday through Friday, except Federal Holidays, for all customer service functions. 3.2 Base Access during Federal Holidays. Typically, the contractor will not to provide services on U S Federal holidays. For extraordinary contractor transport of GFP line items to and from the 88th ABW Security Forces Squadron (SFS) designated commercial gate at WPAFB, the contractor will e-mail both the 88th ABW/SFS and required Government escort (sponsor). The required Government escort (sponsor) typically is the primary Quality Assurance Personnel (Inspector) for this award. This notice shall be submitted at least 5 calendar days before any of the following Federal holidays: • New Year's Day Martin Luther King Day • Presidents Day Memorial Day • Independence Day Labor Day • Columbus Day Veterans Day • Thanksgiving Christmas 3.3 Environmental Laws and Regulations - The contractor shall be familiar with and have immediate access to sustain compliance with applicable environmental statutes and regulations of the NRC, Department of Energy, and more specific state license documents. In the event that applicable regulatory rule changes are made during this contract, the contractor shall comply with the most current "new" rules.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fafa75be4c2987b908e05aad3940a9f4&tab=core&_cview=1)
- Place of Performance
- Address: 88 ABW-Wright Patterson AFB OH 45433-5332, Fairborn, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN01590025-W 20080612/080610220959-fafa75be4c2987b908e05aad3940a9f4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |